charles county, maryland · 2019. 7. 2. · st. charles parkway stream restoration itb #20-03 . i-1...

70
CHARLES COUNTY, MARYLAND INVITATION TO BID ST. CHARLES PARKWAY STREAM RESTORATION ITB NUMBER 20-03 July 2, 2019

Upload: others

Post on 01-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • CHARLES COUNTY, MARYLAND

    INVITATION TO BID

    ST. CHARLES PARKWAY STREAM RESTORATION

    ITB NUMBER 20-03

    July 2, 2019

    http://www.charlescounty.org/apps/workgroups/publicview/displayImage.jsp?groupCode=320&eventID=282&formAction=E&IDvalue=1453

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    i

    Table of Contents

    PART I - INSTRUCTIONS TO BIDDERS

    1.0 PREPARATION OF BID ........................................................................................ I-1

    2.0 CONTRACT INFORMATION ............................................................................... I-8

    3.0 SOCIO-ECONOMIC PROGRAMS ..................................................................... I-11

    4.0 MISCELLANEOUS TERMS ................................................................................ I-12

    PART II - GENERAL PROVISIONS

    1.0 GENERAL PROVISIONS .................................................................................... II-1

    PART III - SPECIAL PROVISIONS

    1.0 GENERAL ............................................................................................................ III-1

    2.0 SCOPE OF SERVICES ........................................................................................ III-3

    3.0 SCOPE OF WORK ............................................................................................... III-9

    APPENDICES

    APPENDIX 1 – DRAWINGS & SPECIFICATIONS

    APPENDIX 2 – FORMS

    APPENDIX 3 –PERMITS

    APPENDIX 4 – CLOSEOUT DOCUMENTS

    APPENDIX 5 – TRANSFER OF AUTHORIZATION

    APPENDIX 6 – PREVAILING WAGE

  • PART I - INSTRUCTIONS TO BIDDERS

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-1

    1.0 PREPARATION OF BID

    1.1 GENERAL BID INFORMATION

    The County Commissioners of Charles County are hereby requesting sealed bids from qualified

    Contractors to perform construction services for the restoration of approximately 552 linear feet (LF) of a

    tributary to Zekiah Swamp Run. The project site is located north of St. Charles Parkway, east of Gallery

    Place and south of Heathcote Road in Charles County, Maryland. The location is as shown on the vicinity

    map on the Contract Drawings. The primary purpose of this project is to provide stream restoration in an

    actively eroding channel through the installation of in-stream and bank stabilization structures.

    As used herein, the term “County” shall refer to the Government of Charles County, Maryland. The term

    “Bidder” shall mean the individual or firm submitting a response to this solicitation, and shall be

    synonymous with the terms, “offeror”, “proposer”, “bidder”, etc. In like manner, the term “Bid”, shall

    refer to a response submitted to this solicitation, and shall be synonymous with the terms “offer”,

    “proposal”, “bid’, etc. The term “Contract” shall mean the agreement between the County and the Bidder

    selected, whether issued by formal contract, award letter, purchase order, or any other means acceptable

    to the County. The term “Contractor” shall mean the Bidder selected for award, based upon the bid

    submitted in response to this solicitation.

    1.2 BID PACKAGE CONTENT

    A complete Bid package shall include the following:

    1.2.1 Bid Form

    Bids shall be submitted on the Bid Form, in Appendix 2. Bidders shall provide lump sum pricing for

    Base Bid Item (A-1) and unit pricing for Contingency Items (B-1 through B-5). Bid Items are explained

    in Part III - Special Provisions. Bidders shall complete all blanks on the Bid Form. All blank spaces of

    the form shall be fully completed in legible ink or typewritten

    The Bid Form must be signed by an officer authorized to make a binding commitment for the firm

    submitting the Bid.

    1.2.2 Transmittal Letter

    Bidders shall complete and submit the Transmittal Letter form in Appendix 2. The Transmittal Letter

    must be signed by the company official authorized to enter into binding contracts. Any information

    identified as “Confidential” shall be noted by reference and appended to the Transmittal Memo. Each

    item identified as “Confidential” shall be accompanied by an explanation. Refer to Part I, Section 4.9

    – Public Information Act/Confidentiality Notice.

    1.2.3 Experience Form

    Bidders shall be required to complete and submit the Experience Form in Appendix 2. A qualified

    Bidder must have requisite experience for the work as described in the specifications and must be

    actively engaged as a legal entity in this field for a period of no less than five (5) years at the time of

    bidding. Bidders shall demonstrate their experience on the Experience Form. Bidders shall provide no

    less than five (5) projects completed within the past five (5) years as specified below. All blank spaces

    of the form shall be fully completed in legible ink or typewritten.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-2

    A. Relevant Firm Experience:

    A minimum of five (5) completed representative projects that demonstrate the Bidder’s experience in

    the following areas:

    A. Installation of stream restoration structures such as cross vanes, log vanes, coir logs, riffle grade controls, large woody debris, imbricated rip rap, J-Hooks, rock packs, shallow wetlands bush

    layering, and soil fabric lifts;

    B. Stream channel excavation including working with saturated soils, bank stabilization, and the installation of riparian buffer plantings;

    C. Submit installer qualifications verifying successful tubeling installation; D. Provide any and all stream restoration projects within the Maryland Department of Environment

    jurisdiction including any work within Anne Arundel, Calvert, Charles, Howard, Montgomery,

    and Prince Georges counties.

    B. Contractor’s Staff Experience

    The Contractor’s Foreman shall possess the special knowledge, background, training and experience of

    no less than five (5) years in stream restoration construction in general, including but not limited to:

    A. The maintenance of stream flow, including clean water pumps, dirty water pumps, and other related sediment and erosion control practices;

    B. The construction of stream restoration structures, bank stabilization, landscaping and environmental habitat features;

    C. Stream restoration construction stakeout, access to construction zones, clearing, erosion and sediment control installation, and earth disturbance activities in and adjacent to stream projects

    without disturbing adjacent or nearby natural resources such as wetlands, trees, etc.

    Within ten (10) consecutive calendar days of receiving notice of being the apparent low

    bidder, the Contractor shall submit sufficient documentation of the knowledge, background,

    training, and experience of the Foreman to the Purchasing Representative. The County will

    review and approve the Contractor’s assignment. No notice of award will be issued until the

    County has formally approved the Contractor’s assignment of the Foreman. Failure on the part of

    the Contractor to submit the documentation and information specified herein may become a basis

    for the County to deem the Contractor as non-responsible.

    1.2.4 Bid Security

    A five percent (5%) Bid Bond from a surety licensed to do business in the State of Maryland and

    satisfactory to the County, certified check, or bank Cashier’s/Treasurer’s Check shall accompany the

    bid or the bid will not be considered. Bid Bonds shall have the accompanying Power of Attorney. Bid

    securities shall be returned promptly after the County and the selected Bidder have executed the contract,

    or, if no Bidder’s bid has been selected within one-hundred-twenty (120) consecutive calendar days after

    the date of the opening of bids, upon the demand of the Bidder at any time thereafter, as long as the

    Bidder has not been notified of acceptance of his bid. The Bidder, to whom the contract shall have been

    awarded, shall be required to execute the contract in accordance with the terms and conditions herein.

    If the Bidder selected for award fails or refuses to execute the contract and/or fully comply with

    requirements of this solicitation their bid security shall be forfeit to the County as liquidated damages in

    accordance with the terms and conditions contained herein.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-3

    1.2.5 Other

    The following items shall also be submitted in the Bid Package:

    a. All applicable licenses and certifications; b. Addendum Certification Form; c. Intended Non-MBE Subcontractors Form; d. Charles County MBE Utilization Affidavit Form; e. Proposed MBE Subcontractors Form; f. SLBE Utilization Affidavit (if applicable); g. Official Letter of SLBE Intent (if applicable); and h. Non-Collusion Affidavit.

    1.2.6 Bidder Certification of Acceptance

    By submitting a bid in response to this ITB, the Bidder certifies their acceptance of all terms and

    conditions set forth within this document, which will be made a part of the final contract documentation.

    All work, if any, shown on the contract drawings, specifications, and reports referenced in the

    Appendices is made part of this solicitation package.

    1.2.7 Additions/Modifications to Solicitation Forms

    Modifications of or additions to the Bid Form or any other County form may be cause for rejection of

    the bid, however, the County reserves the right to decide, on a case by case basis, in its sole discretion,

    whether or not to reject such a bid as nonresponsive. As a precondition to bid acceptance, the County

    may, in its sole discretion, request that the Bidder withdraw or modify any such modifications or

    additions which do not affect quality, quantity, price, or delivery.

    1.3 BID SUBMISSION

    Please see the Solicitation Schedule, below, for the due date and time for bids. Immediately after the bid

    due date and time, all bids will be publicly opened and read aloud. Bids shall be valid and irrevocable for

    a minimum of one hundred-twenty (120) days from the due date. Submission, modification, or withdrawal

    of bids after the due date/time will NOT be considered.

    A Bidder may submit only one (1) bid in response to this ITB. Bidders shall submit (1) unbound original,

    so identified, two (2) bound copies of the complete Bid package, totaling three (3) complete packages. If

    the bid contains proprietary information, submit one (1) hard copy of the bid that DOES NOT contain

    proprietary information, and mark it as REDACTED copy. Bids shall be sealed in an envelope marked

    “ITB No. 20-03, ST. CHARLES PARKWAY STREAM RESTORATION– DO NOT OPEN”. Bids

    must be received prior to the time and closing date specified herein. Submit bids to:

    Amanda Willis, Senior Procurement Specialist

    Charles County Government

    Purchasing Division – Room #B130

    200 Baltimore Street

    La Plata, MD 20646

    * NOTE: Due to Charles County mail processing times, additional time may be necessary for mail delivery.

    It is the Bidder’s sole responsibility to ensure that bids are delivered to the Purchasing Division office

    (Room #B130) before the due date and time. Any bids not received timely will not be considered.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-4

    1.4 SOLICITATION SCHEDULE

    This schedule may be subject to change. Bidders shall monitor the Bid Board accordingly for addendums.

    NOTE: Times and dates are subject to change due to extenuating circumstances, including inclement

    weather. Bidders may obtain County operating status by calling 301-645-0600 (meeting times cannot be

    verified at this number) or by referring to County operations status updates on the Charles County

    Government website at http://www.CharlesCountyMD.gov.

    Milestone Date

    ITB Published July 2, 2019

    Optional Pre-Bid Meeting

    and Optional Site Visit

    July 16, 2019 at 2:30 p.m.

    (Eastern Time)

    Last Day for Questions July 19, 2019 before 4:30 p.m.

    (Eastern Time)

    Bids Due to County* August 7, 2019 before 3:00 p.m.

    (Eastern Time)

    *If the County is closed for business at the due date and time scheduled, for whatever reasons, sealed bids

    will be accepted on the next business day of the County, at the originally scheduled time. Bidders shall

    monitor the Bid Board for schedule changes issued via addendum.

    1.5 OPTIONAL PRE-BID MEETING & OPTIONAL SITE VISIT

    The following meetings shall be held for this solicitation:

    • An optional pre-bid meeting shall be held at the Charles County Government building, 200 Baltimore Street, La Plata, MD 20646.

    • An optional site visit shall be held immediately following the conclusion of the optional pre-bid meeting. The meeting place will be the US Fuel Station at 3030 St. Charles Parkway, Waldorf,

    MD 20602. This will be the only opportunity for a site visit.

    See Part I, Section 1.4 for dates and times.

    NOTE: Each bidder, before submitting a bid for this project, shall thoroughly familiarize

    himself/herself with all existing conditions of the site.

    All attendees shall be required to sign in on the County’s attendance log, which shall be published on the

    County’s Bid Board.

    1.6 SOLE POINT OF CONTACT

    The Purchasing Representative identified herein is the SOLE POINT OF CONTACT at Charles County

    Government for this procurement. All communication between bidders and Charles County Government

    shall be with the Purchasing Representative until a fully executed contract is delivered to the Contractor.

    BIDDERS OR ANY OF THEIR AUTHORIZED REPRESENTATIVES MAY NOT INITIATE

    CONTACT WITH CHARLES COUNTY GOVERNMENT OTHER THAN THE CONTACT

    http://www.charlescountymd.gov/

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-5

    IDENTIFIED BELOW, FOR ANY REASON DURING THE BIDDING PROCESS OR PRIOR TO

    FULL CONTRACT EXECUTION. Any communication outside this process may result in

    disqualification.

    Purchasing Representative

    Amanda Willis, Senior Procurement Specialist

    Purchasing Division

    Email: [email protected]

    Fax: (301) 645-0543

    1.7 QUESTIONS

    All inquiries concerning technical or bidding information should be directed in writing (via email or fax)

    with the solicitation number and name in the subject line to the Purchasing Representative identified in

    Part I, Section 1.6 – Sole Point of Contact. Please see the Solicitation Schedule, above, for the last day

    and time for questions related to the solicitation.

    If any person contemplating submitting a bid in response to this solicitation is in doubt as to the true

    meaning of any part of the Specifications, they may submit to the County, a minimum of fourteen (14)

    calendar days prior to the scheduled due date, a written request for an interpretation or correction thereof.

    The person submitting the request will be responsible for its prompt delivery.

    1.8 ADDENDA AND SUPPLEMENTS

    In the event that it becomes necessary to revise any part of this solicitation, or if additional information is

    necessary to enable the Bidder to make an adequate interpretation of the provisions of this solicitation, a

    supplement to the solicitation will be issued. The Bidder shall acknowledge in their bid, the receipt of all

    addenda, supplements, amendments, or changes to the solicitation that were issued by the County. Oral

    statements made by County personnel shall not bind the County in any manner whatsoever and cannot be

    used to protest or otherwise challenge any aspect of this solicitation or subsequent agreement.

    Any interpretation, correction, changes to the solicitation will be made only by addendum duly

    issued, and will be posted on the County Bid Board found at www.CharlesCountyMD.gov. Click on

    “Procurement” and then “Bid Board”. Any and all addenda issued prior to the bid due date/time shall

    become a part of the contract documents and shall be covered in the Bidder’s bid prices, unless an alternate

    bid schedule is presented by addendum. It is the responsibility of the Bidder to check the County Bid

    Board as frequently as necessary to obtain all updates and addenda to the solicitation.

    1.9 PERFORMANCE AND PAYMENT BONDS

    A Performance Bond and Labor & Material Payment Bond in the amount of one-hundred percent (100%)

    of the contract price will be required from sureties licensed to do business in the State of Maryland and

    satisfactory to the County and shall be submitted to the County at the time of contract execution by the

    Bidder within the timeframes required herein. Premiums for the bonds described above shall be paid by

    the Contractor. Bonds shall contain a provision that it shall not be cancelled, non-renewed or materially

    altered without at least ninety (90) days written prior notice to the County.

    1.10 PERFORMANCE DATA

    Bidders shall be required to complete and submit the Experience Form included in Appendix 2. Bidders

    shall have the capability to perform classes of work contemplated, having sufficient capital to execute the

    mailto:[email protected]

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-6

    work properly within the specified time.

    The County reserves the right to request any additional information, utilize references not provided by a

    Bidder, and validate any information provided by a Bidder by any means deemed necessary by the County

    for the purpose of determining the Bidder’s ability to perform the services described herein.

    1.11 REJECTION OF QUOTES/BIDS/PROPOSALS

    Although not intended to be an exhaustive list of causes for disqualification, any one or more of the

    following causes, among others, may be sufficient for the disqualification of a Bidder and the rejection of

    its bid:

    a. Evidence of collusion among Bidders. b. Lack of competency revealed by financial statements, experience, equipment statements, or

    other factors.

    c. Lack of responsibility as shown by past work, judged from the standpoint of workmanship as submitted or from previous experience with the Bidder.

    d. Default on a previous similar contract for failure to perform. e. Being delinquent in payments due to Charles County Government. f. Exceptions or exclusions to the requirements of the solicitation. g. Failure to be in “Good Standing” with the State of Maryland. h. Previous substandard performance on a County contract. i. Failure to perform properly or to complete, in a timely manner, contracts of a similar nature,

    or if investigation shows the offeror unable or unlikely to perform the requirements.

    j. Failure to furnish information requested by the County.

    The County reserves the right to reject any/all bids, to waive irregularities and/or informalities in any bid,

    and to make award in any manner, consistent with law, deemed in the best interest of the County.

    1.12 ARITHMETICAL ERRORS

    Any errors in computations may be corrected during the County’s review of the bids. The County shall

    not be responsible for Bidder computation errors contained on the Bid Form. All values contained on the

    Bid Form remain the responsibility of the Bidder. Where the unit price and the extension price are at

    variance, the unit price will prevail. In the event that the unit price is not provided, the unit price shall be

    the extended price divided by the quantity.

    1.13 ELIGIBILITY FOR AWARD

    In order to be eligible for award, Bidders shall meet the following conditions:

    1. By submitting a bid in response to this solicitation, the Bidder certifies that their firm is not debarred, suspended, or otherwise ineligible for participation in government procurement by the

    federal government, the State of Maryland, or any other state, county, or municipal government.

    2. The firm certifies that it is not delinquent in any payments due to Charles County Government. The County reserves the right to refuse bids and/or not contract with firms in a delinquent payment

    status with Charles County Government. 3. Bidders’ status shall be verified with the State of Maryland Department of Assessments and

    Taxation (SDAT). The County may require the successful Bidder to submit a "Certificate of

    Status," issued by the Maryland Department of Assessments and Taxation's Charter Division, and

    State of Organization identifying the vendor is in “good standing” with the State of Maryland.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-7

    1.14 BIDDER INVESTIGATIONS

    Prior to submitting a bid, each Bidder shall make all investigations and examinations necessary to ascertain

    all conditions and requirements affecting the full performance of the contract and to verify any

    representations made by the County that the Bidder will rely upon. No pleas of ignorance of such

    conditions and requirements resulting from failure to make such investigations and examinations will

    relieve the successful Bidder from its obligation to comply in every detail with all provisions and

    requirements of the contract documents or will be accepted as a basis for any claim whatsoever for any

    monetary consideration on the part of the successful Bidder.

    1.15 NOTIFICATIONS

    Legal notice given by the County to the Bidder shall be addressed to the address provided in the Bidder’s

    bid. Notice given by the County by any of the following: letter delivered by (1) UPS or FedEx; (2) USPS

    first class postage mail; or (3) USPS certified or registered mail, shall be deemed as having been received

    by the addressee three (3) business days after the date of mailing.

    1.16 NEGOTIATIONS

    The County may negotiate contract terms, price, statement of work, or other conditions that results in the

    most advantageous outcome for the County. In the event an agreement satisfactory to the County cannot

    be negotiated, the County may terminate negotiation and move to another Bidder.

    1.17 GOVERNING LAW

    This Contract shall be governed by and construed only in accordance with the laws of the State of

    Maryland.

    1.18 PREVAILING WAGES

    All County financed construction projects exceeding $500,000 are subjected to the prevailing wages rates

    as outlined in Appendix 6. Prevailing wage rates provided in Appendix 6 are subject to change. The wage

    determination active on the date the Notice to Proceed is issued shall apply to the project.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-8

    2.0 CONTRACT INFORMATION

    2.1 AWARD OF CONTRACT

    The County reserves the right to reject any/all bids, to waive irregularities and/or informalities in any bid,

    and to make award in any manner, consistent with law, deemed in the best interest of the County.

    The County anticipates the award to be based upon the Total Bid Price on the Bid Form provided it is in

    the County’s best interest to do so. The contract entered into with the successful bidder shall meet all

    standard provisions required by the County.

    The County intends to contract with a single firm and not with multiple firms doing business as a joint

    venture. Subcontractors may not be used in the conduct of this contract without express written approval

    of the County. The County reserves the right to reject any subcontracted relationship if changes or

    additions of subcontractors are necessary during the life of the contract. The Contract documents will

    consist of the Contract, this Solicitation, the Bidder’s bid, and any addenda or other modifications to the

    solicitation and items below specified in Part I, Section 2.3.

    2.2 CONTRACT EXECUTION

    The successful Bidder to whom the contract shall have been awarded shall be required to execute the

    contract on the form attached hereto (or as authorized by the County) and shall furnish all requirements

    due at contract execution, which may include, but is not limited to performance bonds and/or payment

    bonds, insurance certificates, equipment inspections, licenses, etc., as specified herein.

    2.3 CONTRACT DOCUMENTS

    All work under this project shall be in accordance with the contract documents. The Contract documents

    for this project includes, but is not necessarily limited to, this solicitation package, project plans and

    specifications as shown in Appendix 1, the Charles County Standards and Specifications for

    Construction, the Charles County Standard Detail Manual, the Charles County Water and Sewer

    Ordinance, Road Ordinance, and the Erosion and Sediment Control Ordinance. Manuals,

    specifications, ordinances, and other pertinent documents, which are available on the County’s web site

    at http://www.charlescountymd.gov/pgm/general/pgm-publications.

    Additionally, the Contract Documents shall also include the following:

    a. All written modifications, amendments and change orders to this Agreement issued in accordance with Article 1.4 of the General Provisions of Contract between the County and the

    Contractor (“General Conditions of Contract”);

    b. Contractor’s bid and accompanying exhibits submitted in response to the County’s Project Criteria and Solicitation; and any solicited and/or unsolicited Alternates to the Solicitation

    accepted by the County in writing.

    The Contract Documents are intended to permit the parties to complete the work and all obligations

    required by the Contract Documents within the specified time(s) for the bid price. The Contract

    Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with

    words and phrases interpreted in a manner consistent with construction and design industry standards. In

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-9

    the event of any inconsistency, conflict, or ambiguity between or among the Contract Documents, the

    County will make a determination on which item of discrepancy shall take precedence. Within listed

    documents or group of documents, the later dated shall have precedence over the earlier requirements, and

    specific requirements shall have precedence over the general requirements.

    2.4 DEFAULT AND SUSPENSION

    If a Bidder who has been selected for award and offered a contract refuses or fails to execute the contract

    and/or fully comply with all requirements of this solicitation within fourteen (14) consecutive calendar

    days after receipt of formal notice of award or an alternate date specified by the Chief of Purchasing, the

    Bidder may be considered to have defaulted with respect to execution of the contract, and to have

    abandoned all rights and interests in the contract. In such instance the bid security, if any, may be declared

    forfeited to the County without further notice to the Bidder. In the event of such default, award may then

    be made to another Bidder determined to be in the best interest of the County, or the solicitation may be

    cancelled and/or re-advertised for bids as deemed if deemed in the best interests of the County.

    A Contractor, who has executed a contract with the County, may be considered to have defaulted in the

    performance of the Contract, by: failure to comply with the requirements of the contract, sub-standard

    performance, failing to complete the contract, and/or by other significant errors and omissions as

    determined by the Project Manager and the Chief of Purchasing. In such instance, the Contractor’s

    performance and/or payments bonds, if any, may be exercised, and the Contract terminated and awarded

    to another Bidder if determined to be in the best interest of the County.

    A Bidder /Contractor, who has defaulted as discussed above, may be declared by the Chief of Purchasing

    to be ineligible to bid on future County solicitations for a period of up to two (2) years from the date the

    County determined the Bidder /Contractor to have defaulted. This determination by the Chief of

    Purchasing shall be final, and not subject to appeal.

    2.5 TERM OF CONTRACT

    The Contractor selected shall complete the scope of work and all requirements contained herein within

    three hundred sixty-five (365) consecutive calendar days after start date to be specified in a written a

    Notice to Proceed issued by Charles County Government, as established by the County and the Contractor,

    plus any contract time extensions approved by the County to complete all work to a point of substantial

    completion as deemed by the County.

    2.6 BIDDER/AWARD PROTESTS

    All protests made pursuant to this solicitation must be in writing and delivered to the Chief of Purchasing:

    (a) within ten (10) calendar days after the Purchasing Division has publicly posted the proposed contract

    award, if a Bidder seeks as a remedy the award of the contract, or (b) before the submission date for bids,

    if a Bidder seeks as a remedy the cancellation or amendment of the solicitation. Each protest must

    contain a protest filing fee in the amount of $500 (US currency); if the fee is paid by check, then the

    check must be made out to “Charles County Government”. The Chief of Purchasing, may, at his sole

    election, return the filing fee to the protesting Bidder, if the protest is sustained. Filing fees for unsustained

    protests shall not be returned. The Chief of Purchasing must dismiss any protest not timely received.

    Only a Bidder that is “aggrieved” is eligible to file a protest. Aggrieved means that the Bidder who is

    filing the protest is susceptible for an award of the contract if the protest is sustained (e.g., a fourth ranked

    Bidder is not aggrieved unless the grounds for a protest, if sustained, would disqualify the top three ranked

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-10

    Bidders or would require that the solicitation be reissued). Each protest must contain the following:

    identification of the solicitation; the name, address and telephone number of the protesting Bidder; a

    statement supporting that the Bidder is aggrieved; and specification of all grounds for the protest, including

    submission of detailed facts and all relevant documents, citation to relevant language in the solicitation,

    regulations, or law relied upon; and, all other matters which the Bidder contends supports the protest. The

    burden of production of all relevant evidence, data and documents, and the burden of persuasive argument

    to support the protest is on the Bidder making the protest.

    The Chief of Purchasing shall forward to the County Attorney, all protests timely received and appropriate

    information addressing the circumstances of the protest. The Chief of Purchasing shall also forward for

    the County Attorney’s information, all protests not timely received and/or otherwise ineligible, that was

    dismissed by the Chief of Purchasing.

    The Chief of Purchasing, after consultation with the County Attorney, shall determine whether to sustain

    or reject the protest, and shall provide written notice of his determination to the Bidder making the protest,

    and to the County Attorney. In the case of a sustained protest, the Chief of Purchasing, after consultation

    with the County Attorney, shall determine what remedy shall be taken to redress the protest. All decisions

    of the Chief of Purchasing shall be final, and not subject to appeal.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-11

    3.0 SOCIO-ECONOMIC PROGRAMS

    3.1 MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM

    Bidders are advised that Charles County Government has established an MBE Program which applies to

    all formal solicitations. There is an aspirational minimum goal of 25% MBE participation for each project.

    The use of MBEs is strongly encouraged.

    The County recognizes, as Minorities, the following groups: African Americans; American Indians/Native

    Americans; Asians; Hispanics; Women; Physically or Mentally Disabled persons and Disabled American

    Veterans. The County will automatically recognize MBE status for any firm certified by the Maryland

    Department of Transportation (MDOT), Federal 8-A registration or Charles County Government.

    Information concerning the Charles County MBE Registration Process may be obtained by contacting the

    Charles County Economic Development Office, at (301) 885-1340 x2202.

    The solicitation documents included herein contain a form entitled “Minority Business Enterprise

    Utilization Affidavit”. This document indicates the MBE certification status of the Bidder, as well as the

    level of participation of any MBE sub-contractor(s) or supplier(s). Bidders are required to complete this

    form and submit it with their bid. The awarded Bidders shall be required to report MBE Utilization to the

    County post award on the County’s “MBE Utilization – Post Award” form, if they have proposed any

    MBE usage.

    The County maintains a list of registered MBE firms on the Economic Development website located at

    http://www.meetcharlescounty.com/local-minority-business-programs/.

    3.2 SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PROGRAM

    Bidders are advised that Charles County Government has established a Small Local Business Enterprise

    (SLBE) Program, which registered Charles County SLBE firms responding to this solicitation may receive

    a preference in accordance with the provisions of the Program that may apply to a formal solicitation

    resulting in an award of less than $500,000 if they:

    • Are registered in the Charles County SLBE Program and eligible in all other respects, at the time the firm’s bid is submitted.

    • Complete the attached SLBE forms and indicate their SLBE status.

    • Are susceptible for award for a contract valued less than $500,000.

    Registered Charles County SLBEs must meet all the same requirements of non-SLBE Bidders. Firms must

    have completed the registration process and have achieved full SLBE status by the due date for bids, in

    order to receive consideration as a SLBE during the evaluation of bids. Information concerning the Charles

    County SLBE Registration Process may be obtained by contacting the Charles County Economic

    Development Office, at (301) 885-1340 x2202.

    The County maintains a list of registered SLBE firms on the Economic Development website located at

    http://www.meetcharlescounty.com/local-minority-business-programs/.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-12

    4.0 MISCELLANEOUS TERMS

    4.1 INCURRING COSTS

    The County is not liable for any costs incurred by the Bidder prior to issuance of contract.

    4.2 INDEMNIFICATION CLAUSE

    The Contractor shall protect, hold free and harmless, defend and indemnify Charles County, including its

    officers, agents, and employees from all liability, penalties, costs, losses, damages, expenses, causes of

    action, claims or judgments, including attorney’s fees, resulting from injury to, or death of, any person or

    damage to property of any kind, which injury, death or damage arises out of, or is any way connected with

    the performance of the work under this contract. This agreement shall apply to any acts or omissions,

    negligent conduct, whether active or passive, including acts or omissions of contractor’s agents or

    employees; except that this agreement shall not be applicable to injury, death or damage to the property

    arising from the sole negligence of Charles County, it’s officers, agents and employees.

    4.3 PAYMENT OF TAXES

    The firm awarded the contract resulting from this solicitation shall be responsible for paying all Maryland

    sales tax, and any other applicable taxes, on items purchased by the Contractor in the pursuit of this

    contract. The County tax exempt status cannot be transferred to the Contractor.

    4.4 INSURANCE

    The Contractor shall provide, at his expense, commercial automobile insurance including pollution, bodily

    injury and property damage insurance covering all vehicles whether owned, hired, or non-owned operated

    by/or on behalf of the Contractor in the performance of this contract, and any other insurance applicable

    as deemed necessary by the County. Below are the minimum units:

    • Bodily Injury: $1,000,000 per person $2,000,000 per occurrence

    • Property Damage: $500,000 per occurrence

    Contractor shall also obtain and pay premium for the following:

    • Workmen’s Compensation in compliance with Maryland Statutory Limit.

    • Commercial General Liability including pollution coverage in an amount not less than $2,000,000 (combined personal injury and/or property damage) per occurrence subject to $3,000,000

    aggregate.

    • Environmental Insurance policy including pollution and use of chemicals in an amount not less than $2,000,000 per occurrence and $3,000,000 annual aggregate.

    If property insurance requires deductibles, the Contractor shall pay cost not covered because of such

    deductibles.

    The successful Bidder shall provide the County with Certificates of Insurance evidencing the coverage

    required above. Such certificates shall name County Commissioners of Charles County as an additional

    named insured, referencing the solicitation name and number. Successful Bidder must provide Certificates

    of Insurance prior to final execution of the Contract. The providing of any insurance required herein does

    not relieve the successful Bidder of any of the responsibilities or obligations assumed by the Bidder in the

    contract awarded or for which the bidder may be liable by law or otherwise.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-13

    4.5 PERFORMANCE EVALUATIONS

    The County shall perform periodic performance evaluations, at the County’s discretion, on all Work

    performed by the Contractor under this Contract. The Contractor shall have the opportunity to review

    performance evaluations upon request. Performance evaluations shall be maintained in the County’s

    contract files.

    4.6 TESTING AND INSPECTIONS

    Unless otherwise stated in the Special Provisions, drawings or specification, the Contractor shall be

    responsible for securing all required testing and inspections as well as all associated cost.

    4.7 SUBCONTRACTORS

    The Contractor shall not sublet any portion of this contract, or assign or transfer any interest in this contract

    without receiving prior written approval from the County. Where two or more Bidders desire to submit a

    single bid in response to this ITB, they should do so on a prime-subcontractor basis rather than as a joint

    venture. Subcontracts for any portion of this contract must be clearly identified in the Bidder’s bid.

    Subcontracts are subject to Minority Business Enterprise (MBE) and Small Local Business Enterprise

    (SLBE) requirements detailed herein.

    4.8 NEWS RELEASE

    No news releases pertaining to this bid request or the service, study, or project to which it relates will be

    made without County approval.

    4.9 PUBLIC INFORMATION ACT/CONFIDENTIALITY NOTICE

    Bidder should give specific attention and identification of those specific portions of their bids which they

    deem to contain confidential and/or proprietary information. Such information must be individually noted

    as being confidential or proprietary, either at that location, or in a separate consolidated listing contained

    within the bid/proposal/bid and provide justification of why the material should not be subject to

    disclosure by the County upon request under the Maryland Public Information Act. Bidders may not

    declare their entire bid/proposal/bid package to be confidential or proprietary. Failure to provide specific

    identification and justification may result in the County releasing the information if requested to do so.

    4.10 CAMPAIGN FINANCE REFORM ACT OF 2013

    The Maryland Campaign Finance Reform Act of 2013 dictates that vendors with single contracts of

    $200,000 or more shall file certain campaign finance-related disclosures with the Maryland State Board

    of Elections. Vendors shall certify that they have filed the requisite disclosure, and if the vendor fails to

    provide this certification, the County must notify the State. In the event of Contract award, the Contractor

    shall certify that campaign finance-related disclosures are filed with the Maryland State Board of Elections

    as applicable.

    4.11 HOLIDAY SCHEDULE

    The following holidays are observed by the County:

    • NEW YEAR'S DAY

    • MARTIN LUTHER KING JR.'S BIRTHDAY

    • *LINCOLN'S BIRTHDAY

    • WASHINGTON'S BIRTHDAY

    • *MARYLAND DAY

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    I-14

    • GOOD FRIDAY

    • MEMORIAL DAY

    • INDEPENDENCE DAY

    • LABOR DAY

    • COLUMBUS DAY

    • VETERAN'S DAY

    • ELECTION DAY (WHEN APPLICABLE)

    • THANKSGIVING DAY

    • DAY AFTER THANKSGIVING

    • CHRISTMAS DAY

    *FLOATING HOLIDAYS - COUNTY OFFICES AND OPERATIONS SHALL BE OPEN.

  • PART II - GENERAL PROVISIONS

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-1

    1.0 GENERAL PROVISIONS

    1.1 DEFINITIONS:

    A.S.T.M. - American Society for Testing Materials

    BID BOND - The security to be furnished by the bidder as a guaranty of good faith to enter

    into a contract with the COUNTY for the proposed work if such work is awarded to him.

    BIDDER - The person or persons, partnership, firm or corporation submitting a

    bid/proposal for the work contemplated.

    COMMISSIONERS - The County Commissioners of Charles County.

    COUNTY – The County Commissioners of Charles County, Maryland.

    CONTRACT - The written agreement executed by the County Commissioners of Charles

    County and the successful bidder, covering the performance of the work and the furnishing

    of materials required in the construction of the project. The contract shall include

    instructions to bidders, proposal, general specifications, special provisions, drawings,

    performance bond, extra work orders and any other written instructions pertaining to the

    method and manner of performing the work.

    CONTINGENT ITEM - Any item listed on the plans or called for in the Special Provisions

    and included in the Bid merely for the purpose of obtaining a contract price in case it may

    be needed.

    CONTRACTING OFFICER - The Director of the Department of Public Works and

    includes a duly appointed successor or authorized representative.

    CONTRACTING AUTHORITY - The County Commissioners of Charles County.

    CONTRACTOR - The person or persons, partnership, firm or corporation who enters into

    a contract awarded to him by the COUNTY.

    DEPARTMENT - The authorized division or agency of Charles County Government

    responsible for the service or work for which the contract will be written.

    DAYS - Calendar Days

    DRAWINGS - All drawings or reproductions there of pertaining to the construction of the

    work which are approved by the CONTRACTING OFFICER.

    EXTRA WORK - A written order to the CONTRACTOR and signed by the

    CONTRACTING OFFICER, ordering a change in or an addition to the work from that

    originally shown by the drawings and specifications.

    GENERAL PROVISIONS - All requirements and provisions contained in this document.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-2

    OWNER - The entity holding title or having vested interest in the property and rights

    associated with the property.

    PAYMENT BOND – The approved form of security executed by the CONTRACTOR and

    his surety, guaranteeing payment of all labor, materials, supplies and rental of equipment

    reasonably required and used or consumed in the performance of the contract.

    PERFORMANCE BOND - The approved form of security executed by the

    CONTRACTOR and his surety, guaranteeing complete execution of the contract.

    PROPOSAL - The written offer submitted by the bidder in the required manner to perform

    the work contemplated.

    SPECIAL PROVISIONS - Statements modifying or changing the requirements or

    provisions of the General Specifications or adding new requirements or provisions thereto.

    SPECIFICATIONS - The General Provisions, Special Provisions, and all written or printed

    agreements and instructions pertaining to the performance of the work and to the quantity

    and quality of the materials to be furnished under the contract.

    1.2 SPECIFICATIONS AND DRAWINGS:

    The CONTRACTOR shall keep on the work site a copy of the drawings and specifications

    and shall at all times give the CONTRACTING OFFICER access thereto. Anything

    mentioned in the specifications and not shown on the drawings or shown on the drawings

    and not mentioned in the specifications, shall be of like effect as if shown or mentioned in

    both. In case of difference between drawings and specifications, the matter shall be

    promptly submitted to the CONTRACTING OFFICER, who shall promptly make a

    determination in writing. Any adjustment by the CONTRACTOR without such a

    determination shall be at its own risk and expense. The CONTRACTING OFFICER shall

    furnish from time to time such detailed drawings and other information as he may consider

    necessary, unless otherwise provided.

    1.3 CHANGES:

    A. The CONTRACTING OFFICER may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in

    the work within the general scope of the contract, including but not limited to

    changes:

    (1) In the specifications (including drawings and design);

    (2) In the method or manner of performance of the work;

    (3) In the COUNTY furnished facilities, equipment, materials, services, or site; or

    (4) Directing acceleration in the performance of the work.

    Any other written order or an oral order (which terms as used in this paragraph (B.)

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-3

    shall include direction, instruction, interpretation, or determination) from the

    CONTRACTING OFFICER, which causes any such change, shall be treated as a

    change order under this article, provided that the CONTRACTOR gives the

    CONTRACTING OFFICER written notice stating the date, circumstances, and

    source of the order and that the CONTRACTOR regards the order as a change

    order.

    B. Except as herein provided, no order, statement, or conduct of the CONTRACTING OFFICER shall be treated as a change under this article or entitle the

    CONTRACTOR to an equitable adjustment hereunder.

    C. If any change under this article causes an increase or decrease in the CONTRACTOR'S cost of, or the time required for, the performance of any part of

    the work under this contract, whether or not changed by any order, an equitable

    adjustment shall be made and the contract modified in writing accordingly;

    provided, however, that except for claims based on defective specifications, no

    claim for any change under paragraph (B.) above shall be allowed for any costs

    incurred more than twenty (20) days before the CONTRACTOR gives written

    notice as therein required; and provided further, that in the case of defective

    specifications for which the COUNTY is responsible, the equitable adjustment

    shall include any increased cost reasonably incurred by the CONTRACTOR in

    attempting to comply with such defective specifications.

    D. If the CONTRACTOR intends to assert a claim for an equitable adjustment under this article, he must, within thirty (30) days after receipt of a written change order

    under paragraph (A.) above or the furnishing of a written notice under paragraph

    (B.) above, submit to the CONTRACTING OFFICER a written statement setting

    forth the general nature and monetary extent of such claim, unless this period is

    extended by the COUNTY. The statement of claim hereunder may be included in

    the notice under paragraph (B.) above.

    E. No claim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if asserted after final payment under this contract.

    1.4 CHANGE ORDERS:

    A. Additional Costs: The cost of any change ordered in writing by the CONTRACTING OFFICER

    which results in an increase in the contract price will be determined by one or the

    other of the following methods, at the election of the CONTRACTING OFFICER.

    (1) On the basis of a stated lump sum price, or other consideration fixed and agreed upon by negotiation between the CONTRACTING OFFICER and the

    CONTRACTOR in advance, or if this procedure is impractical because of the

    nature of the work or for any reason,

    (2) On the basis of the actual necessary cost as determined by the CONTRACTING OFFICER, plus a fixed fee to cover general supervisory

    and office expense and profit. The fixed fee shall not exceed fifteen percent

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-4

    (15%) of the actual necessary costs. The actual necessary cost will include

    all reasonable expenditures for material, labor, and supplies furnished by the

    CONTRACTOR and a reasonable allowance for the use of his plant and

    equipment where required, but will in no case include any allowance for

    general superintendent, office expense, or other general expense not directly

    attributable to the extra work. In addition to the foregoing, the following will

    be allowed: the actual payment by the CONTRACTOR for workmen's

    compensation and public liability insurance; performance and payment bonds

    (if any); and all unemployment and other social security contributions (if any)

    made by the CONTRACTOR pursuant to Federal or State statutes; when such

    additional payments are necessitated by such extra work. An appropriate

    extension of the working time, if such be necessary, also will be fixed and

    agreed upon, and stated in the written order.

    B. Reduced Costs: The cost of any change ordered in writing by the CONTRACTING OFFICER

    which results in a decrease in the contract price will be determined in a manner

    conformable with paragraph A.2 under Additional Costs.

    1.5 DIFFERING SITE CONDITIONS:

    A. The CONTRACTOR shall promptly, and before such conditions are disturbed, notify the CONTRACTING OFFICER in writing of:

    (1) Subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or

    (2) Unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as

    inhering in work of the character provided for in this contract.

    The CONTRACTING OFFICER shall promptly investigate the condition(s), and

    if he finds that such conditions do materially differ and cause an increase or

    decrease in the CONTRACTOR'S cost of, or the time required for, performance of

    any part of the work under this contract, whether or not changed as a result of such

    conditions, an equitable adjustment shall be made and the contract modified in

    writing accordingly.

    B. No claim of the CONTRACTOR under this article shall be allowed unless the CONTRACTOR has given the notice required in paragraph (A.) above; provided,

    however, the time prescribed therefore may be extended by the County.

    C. No claim by the CONTRACTOR for an equitable adjustment hereunder shall be allowed if asserted after final payment under this contract.

    1.6 TERMINATION OF CONTRACT FOR CONVENIENCE:

    A. The COUNTY may, by written notice to the CONTRACTOR, terminate this contract in whole or in part at any time, either for the COUNTY'S convenience or

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-5

    because of the failure of the CONTRACTOR to fulfill his obligations under this

    contract.

    Upon receipt of such notice, the CONTRACTOR shall:

    (1) Immediately discontinue any part or all services as directed by the County’s authorized representative, and

    (2) Deliver to the COUNTY the originals of all data, drawings, specifications, reports, estimates, summaries and such other information and materials as

    may have been accumulated by the CONTRACTOR in performing under this

    contract, whether completed or in process.

    B. If the termination is for the convenience of the COUNTY, an equitable adjustment in the contract price shall be made but no amount shall be allowed for anticipated

    profit on unperformed services.

    C. If the termination is due to the failure of the CONTRACTOR to fulfill his obligations under this contract, the COUNTY may take over the work and prosecute

    the same to completion by contract or otherwise. In such case, the CONTRACTOR

    shall be liable to the COUNTY for any additional cost occasioned to the COUNTY.

    D. If, after notice of termination for failure to fulfill obligations, it is determined that the CONTRACTOR had not so failed, the termination shall be deemed to have been

    effected for the convenience of the COUNTY. In such event, adjustment in the

    contract price shall be made as provided in Paragraph B of this clause.

    E. The rights and remedies of the COUNTY provided in this clause are in addition to any other rights and remedies provided by law or under this contract.

    1.7 TERMINATIONS FOR DEFAULT - DAMAGES FOR DELAY - TIME EXTENSIONS:

    A. If the CONTRACTOR refuses or fails to prosecute the work, or any separable part thereof, with such diligence as will insure its completion within the time specified

    in this contract, or any extension thereof, or fails to complete said work within such

    time, the COUNTY may, by written notice to the CONTRACTOR, terminate his

    right to proceed with the work or such part of the work as to which there has been

    delay. In such event, the COUNTY may take over the work and prosecute the same

    to completion, by contract or otherwise, and may take possession of and utilize in

    completing the work such materials, appliances, and plant as may be on site of the

    work and necessary therefore. Whether or not the CONTRACTOR'S right to

    proceed with the work is terminated, he and his sureties shall be liable for any

    damage to the COUNTY resulting from this refusal or failure to complete the work

    within the specified time.

    B. If fixed and agreed liquidated damages are provided in the contract and if the COUNTY so terminates the CONTRACTOR'S right to proceed, the resulting

    damage will consist of such liquidated damages until such reasonable time as may

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-6

    be required for final completion and acceptance of the work together with any

    increased costs occasioned the COUNTY in completing the work.

    C. If fixed and agreed liquidated damages are provided in the contract and if the COUNTY does not so terminate the CONTRACTOR'S right to proceed, the

    resulting damage will consist of such liquidated damages until the work is

    completed and accepted.

    D. The CONTRACTOR'S right to proceed shall not be so terminated nor the CONTRACTOR charged with resulting damage if:

    (1) The delay in the completion of the work arises from unforeseeable causes beyond the control and without the fault or negligence of the

    CONTRACTOR, including but not restricted to, acts of God, acts of the

    COUNTY in its contractual capacity, acts of another Contractor in the

    performance of a contract with the COUNTY, fires, floods, epidemics,

    quarantine restrictions, strikes, freight embargoes, unusually severe weather,

    or delays of subcontractors or supplies arising from unforeseeable causes

    beyond the control and without the fault or negligence of both the

    CONTRACTOR and such subcontractors or suppliers; and

    (2) The CONTRACTOR, within ten (10) days from the beginning of any such delay (unless the CONTRACTING OFFICER grants a further period of time

    before the date of final payment under the contract), notifies the

    CONTRACTING OFFICER in writing of the causes of delay.

    The CONTRACTING OFFICER shall ascertain the facts and the extent of the delay

    and extend the time for completing the work when, in his judgment, the findings of

    fact justify such an extension, and his findings of fact shall be final and conclusive

    on the parties, subject only to appeal as provided in the article of these General

    Provisions entitled Disputes.

    E. If, after notice of termination of the CONTRACTOR'S right to proceed under the provisions of this article, it is determined for any reason that the CONTRACTOR

    was not in default under the provisions of this article, or that the delay was

    excusable under the provisions of this article, the rights and obligations of the

    parties shall, if the contract contains an article providing for termination for

    convenience of the COUNTY, be the same as if the notice of termination had been

    issued pursuant to such article. If, in the foregoing circumstances, this contract

    does not contain an article providing for termination for convenience of the

    COUNTY, the contract shall be equitably adjusted to compensate for such

    termination and the contract modified accordingly; failure to agree to any such

    adjustment shall be a dispute concerning a question of fact within the meaning of

    the article of these General Provisions entitled Disputes.

    F. In the event the construction of this project is interrupted, halted or discontinued by the order of a Court of competent jurisdiction or the order of a supervening

    appropriate government authority over which the COUNTY has no control, then in

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-7

    that event, it is the intention of these specifications that the COUNTY'S liability

    shall be limited only to the actual value of the work already performed and materials

    already purchased, with no allowance permitted for loss of profits that would have

    ultimately accrued to the CONTRACTOR had the CONTRACTOR completed the

    contract.

    G. The rights and remedies of the COUNTY provided in this article are in addition to any other rights and remedies provided by law or under this contract.

    H. As used in Paragraph (D.1.) of this article, the term subcontractors or suppliers means subcontractors or suppliers at any tier.

    1.8 LIQUIDATED DAMAGES:

    A. The CONTRACTOR shall be liable for and shall pay to the COUNTY as fixed, agreed and liquidated damages such sum or sums as set forth herein before for each

    and every calendar day which the actual time of completion shall be delayed beyond

    the aforesaid permitted time of completion. Actual damages for such delay are

    impossible of determination, thus, said sum is a measure only of liquidated damages

    the COUNTY will sustain for each delay and shall not be construed as a penalty.

    B. The COUNTY shall have the right to deduct the total amount of any liquidated damages for which the CONTRACTOR may be liable from moneys otherwise due

    the CONTRACTOR including any retainage under the control of the COUNTY.

    C. The surety upon the Performance Bond furnished by the CONTRACTOR shall be liable for any such liquidated damages for which the CONTRACTOR may be

    liable, to the extent that the CONTRACTOR shall not make settlement therefore

    with the COUNTY.

    1.9 PAYMENTS TO CONTRACTOR:

    A. The COUNTY will pay the contract price, less all costs for overtime superintendence and inspection, as herein-after provided.

    B. The COUNTY will make progress payments monthly as the work proceeds, or at more frequent intervals as determined by the CONTRACTING OFFICER, on

    estimates approved by the CONTRACTING OFFICER. Progress payments will

    be due and payable thirty (30) calendar days after the COUNTY receives an

    acceptable invoice. If requested by the CONTRACTING OFFICER, the

    CONTRACTOR shall furnish a breakdown of the total contract price showing the

    amount included therein for each principal category of the work, in such detail as

    requested, to provide a basis for determining progress payments. In the preparation

    of estimates, the CONTRACTING OFFICER, at his discretion, may authorize

    material delivered on the site and preparatory work done to be taken into

    consideration. Material delivered to the CONTRACTOR at locations other than the

    site may also be taken into consideration (1) if such consideration is specifically

    authorized by the contract and (2) if the CONTRACTOR furnishes satisfactory

    evidence that he has acquired title to such material and that it will be utilized on the

    work covered by this contract. Such payments shall be conditioned upon

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-8

    submission by the CONTRACTOR of bills of sale or such other procedures

    satisfactory to the COUNTY to establish the COUNTY'S title to such materials or

    equipment or otherwise protect the COUNTY'S interest, including applicable

    insurance and transportation to the site.

    C. In making such progress payments, there shall be retained five-percent (5%) of the estimated amount until final completion and acceptance of the contract work.

    D. All material and work covered by progress payments made shall thereupon become the sole property of the COUNTY but this provision shall not be construed as

    relieving the CONTRACTOR from sole responsibility for all material and work

    upon which payments have been made or the restoration of any damaged work, or

    as waiving the right of the COUNTY to require the fulfillment of all of the terms

    of the contract.

    E. Upon completion and acceptance of all work, the amount due the CONTRACTOR under this contract shall be paid upon the presentation of a properly executed

    voucher and after the CONTRACTOR shall have furnished the COUNTY with a

    release, if required, of all claims against the COUNTY arising by virtue of this

    contract, other than claims in stated amounts as may be specifically excepted by the

    CONTRACTOR from the operation of the release. The following documents,

    complete in all respects, shall be submitted with the final request for payment:

    (1) Document AIA G-706, Contractor's Affidavit of Release of Liens and Payment of Debts and Claims.

    (2) Document AIA G-707, Consent of Surety Company for Final Payment.

    F. A formal final inspection will be scheduled within two (2) weeks of notification to the CONTRACTING OFFICER that the work is substantially completed. The

    CONTRACTING OFFICER shall have the option to correct or complete by others,

    any punch list items not completed by the CONTRACTOR within thirty (30)

    calendar days after the CONTRACTOR receives the punch list. The cost of all

    work by others shall be deducted from the final payment.

    1.10 MATERIAL AND WORKMANSHIP:

    A. Unless otherwise specifically provided in this contract, all equipment, material, and articles incorporated in the work covered by this contract are to be new and of the

    most suitable grade for the purpose intended. Unless otherwise specifically

    provided in this contract reference to any equipment, material, article, or patented

    process, by trade name, make, or catalog number, shall be regarded as establishing

    a standard of quality and shall not be construed as limiting competition, and the

    CONTRACTOR may, at his option, use any equipment, material, article, or process

    which, in the judgment of the CONTRACTING OFFICER, is equal to that named.

    The CONTRACTOR shall furnish to the CONTRACTING OFFICER for his

    approval the name of the manufacturer, the model number, and other identifying

    data and information respecting the performance, capacity, nature, and rating of the

    machinery and mechanical and other equipment which the CONTRACTOR

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-9

    contemplates incorporating in the work. When so directed, samples shall be

    submitted for approval at the CONTRACTOR'S expense, with all shipping charges

    prepaid. Machinery, equipment, material, and articles installed or used without

    required approval shall be at the risk of subsequent rejection.

    B. All work under this contract shall be performed in a skillful and workmanlike manner. The CONTRACTING OFFICER may, in writing require the

    CONTRACTOR to remove from the work any employee the CONTRACTING

    OFFICER deems incompetent, careless, or otherwise objectionable.

    1.11 INSPECTION AND ACCEPTANCE:

    A. Except as otherwise provided in this contract, inspection and test by the COUNTY of material and workmanship required by this contract shall be made at reasonable

    times and at the site of the work, unless the CONTRACTING OFFICER determines

    that such inspection or test of material which is to be incorporated in the work shall

    be made at the place of production, manufacture, or shipment of such material. To

    the extent specified by the CONTRACTING OFFICER at the time of determining

    to make off-site inspection or test, such inspection or test shall be conclusive as to

    whether the material involved conforms to the contract requirements. Such off-site

    inspection or test shall not relieve the CONTRACTOR of responsibility for damage

    to or loss of the material prior to acceptance, nor in any way affect the continuing

    rights of the COUNTY after acceptance of the completed work under the terms of

    paragraph (F.) of this article, except as here in above provided.

    B. The CONTRACTOR shall, without charge, replace any material or correct any workmanship found by the COUNTY not to conform to the contract requirements,

    unless in the public interest the COUNTY consents to accept such material or

    workmanship with an appropriate adjustment in the contract price. The

    CONTRACTOR shall promptly segregate and remove rejected material from the

    premises.

    C. If the CONTRACTOR does not promptly replace rejected material or correct rejected workmanship, the COUNTY may: (1) by contract or otherwise, replace

    such material or correct such workmanship and charge the cost thereof to the

    CONTRACTOR, or (2) terminate the CONTRACTOR'S right to proceed in

    accordance with Article 6 of these General Provisions.

    D. The CONTRACTOR shall furnish promptly, and without additional charge, all facilities, labor, and material reasonably needed for performing such safe and

    convenient inspection and test as may be required by the CONTRACTING

    OFFICER. All inspection and test by the COUNTY or its agent shall be performed

    in such manner as not unnecessarily to delay the work. Special, full size and

    performance tests shall be performed as described in this contract. The

    CONTRACTOR shall be charged with any additional cost of inspection when

    material and workmanship are not ready at the time specified by the

    CONTRACTOR for its inspection.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-10

    E. Should it be considered necessary or advisable by the COUNTY, at any time before acceptance of the entire work, to make an examination of work already completed,

    by removing or tearing out same, the CONTRACTOR shall, on request, promptly

    furnish all necessary facilities, labor, and material. If such work is found to be

    defective or nonconforming in any material respect, due to the fault of the

    CONTRACTOR or his subcontractors, he shall defray all the expenses of such

    examination and of satisfactory reconstruction. If, however, such work is found to

    meet the requirements of the contract, an equitable adjustment shall be made in the

    contract price to compensate the CONTRACTOR for the additional services

    involved in such examination and reconstruction and, if completion of the work has

    been delayed thereby, he shall, in addition, be granted a suitable extension of time.

    F. Unless otherwise provided in this contract, acceptance by the COUNTY shall be made as promptly as practicable after completion and inspection of all work

    required by this contract. Acceptance shall be final and conclusive except as

    regards latent defects, fraud, or such gross mistakes as may amount to fraud, or as

    regards the COUNTY'S right under any warranty or guarantee.

    1.12 SUPERINTENDENCY BY CONTRACTOR:

    The CONTRACTOR shall give his personal superintendence to the work or have a

    competent foreman or superintendent, satisfactory to the CONTRACTING OFFICER, on

    the work at all times during progress, with authority to act for him.

    1.13 PERMITS AND RESPONSIBILITIES:

    The CONTRACTOR shall, without additional expense to the COUNTY, be responsible

    for obtaining any necessary licenses and permits, and for complying with any applicable

    Federal, State, and Municipal laws, codes, and regulations in connection with the

    prosecution of the work. He shall be similarly responsible for all damages to persons or

    property that occurs as a result of his fault or negligence. He shall take proper safety and

    health precautions to protect the work, the workers, the public, and the property of others.

    He shall also be responsible for all materials delivered and work performed until

    completion and acceptance of the entire construction work, except for any complete unit

    of construction thereof which theretofore may have been accepted.

    1.14 CONDITIONS AFFECTING THE WORK:

    The CONTRACTOR shall be responsible for having taken steps reasonably necessary to

    ascertain the nature and location of the work, and the general and local conditions which

    can affect the work or the cost thereof. Any failure by the CONTRACTOR to do so will

    not relieve him from responsibility for successfully performing the work without additional

    expense to the COUNTY. The COUNTY assumes no responsibility for any understanding

    or representations concerning conditions made by any of its officers or agents prior to the

    execution of this contract, unless such understanding or representations by the COUNTY

    are expressly stated in the contract.

    1.15 OTHER CONTRACTS:

    The COUNTY may undertake or award other contracts for additional work excluded from

    this contract, and the CONTRACTOR shall fully cooperate with such other Contractors

    and COUNTY employees and carefully fit his own work to such additional work as may

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-11

    be directed by the CONTRACTING OFFICER. The COUNTY'S separate contractors will

    coordinate their work with the CONTRACTOR. The CONTRACTOR shall not commit

    or permit any act which will interfere with the performance of work by any other

    CONTRACTOR or by employees.

    1.16 PATENT INDEMNITY:

    Except as otherwise provided, the CONTRACTOR agrees to indemnify the COUNTY and

    its officers, agents, and employees against liability, including costs and expenses, for

    infringement upon any Letters, Patents of the United States arising out of the performance

    of this contract or out of the use or disposal by or for the account of the COUNTY of

    supplies furnished or construction work performed hereunder.

    1.17 ADDITIONAL BOND SECURITY:

    If any surety upon any bond furnished in connection with this contract becomes

    unacceptable to the COUNTY or if any such surety fails to furnish reports as to his financial

    condition from time to time as requested by the COUNTY, the CONTRACTOR shall

    promptly furnish such additional security as may be required from time to time to protect

    the interests of the COUNTY and of persons supplying labor or materials in the prosecution

    of the work contemplated by this contract.

    1.18 COVENANT AGAINST CONTINGENT FEES:

    The CONTRACTOR warrants that no person or selling agency has been employed or

    retained to solicit or secure this contract upon an agreement or understanding for a

    commission, percentage, brokerage, or contingent fee, excepting bona fide employees or

    bona fide established commercial or selling agencies maintained by the CONTRACTOR

    for the purpose of securing business. For breach or violation of this warranty the COUNTY

    shall have the right to annul this contract without liability or in its discretion to deduct from

    the contract price or consideration, or otherwise recover, the full amount of such

    commission, percentage, brokerage, or contingent fee.

    1.19 EMPLOYMENT DISCRIMINATION PROHIBITED:

    During the performance of this contract, the CONTRACTOR agrees as follows:

    A. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The

    CONTRACTOR will take affirmative action to ensure that applicants are

    employed, and that employees are treated during employment, without regard to

    their race, color, religion, sex, or national origin. Such action shall include, but not

    be limited to, the following: employment, upgrading, demotion, or transfer;

    recruitment or recruitment advertising; layoff or termination; rates or pay or other

    forms of compensation; and selection for training, including apprenticeship.

    B. The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants

    will receive consideration for employment without regard to race, color, religion,

    sex, or national origin.

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-12

    C. The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or

    understanding, a notice, to be provided by the CONTRACTING OFFICER

    advising the labor union or worker's representative of the CONTRACTOR'S

    commitments under this Equal Opportunity article and shall post copies of the

    notice in conspicuous places available to employees and applicants for

    employment.

    D. In the event of the CONTRACTOR'S noncompliance with the Equal Opportunity article of this contract or with any of the said rules, regulations, or orders, this

    contract may be cancelled, terminated, or suspended, in whole or in part.

    1.20 SUSPENSION OF WORK:

    A. The CONTRACTING OFFICER may order the CONTRACTOR in writing to suspend, delay, or interrupt all or any part of the work for such period of time as he

    may determine to be appropriate for the convenience of the public.

    B. If the performance of all or any part of the work is, for an unreasonable period of time, suspended, delayed, or interrupted by an act of the CONTRACTING

    OFFICER in the administration of this contract, or by his failure to act within the

    time specified in this contract (or, if no time is specified, within a reasonable time),

    an adjustment shall be made for any increase in the cost of performance of this

    contract (excluding profit) necessarily caused by such unreasonable suspension,

    delay, or interruption and the contract modified in writing accordingly. However,

    no adjustment shall be made under this article for any suspension, delay, or

    interruption to the extent (1) that performance would have been so suspended,

    delayed, or interrupted by any other cause, including the fault or negligence of the

    CONTRACTOR or (2) for which an equitable adjustment is provided for or

    excluded under any other provision of this contract.

    C. No claim under this article shall be allowed (1) for any costs incurred more than twenty (20) days before the CONTRACTOR shall have notified the

    CONTRACTING OFFICER in writing of the act or failure to act involved (but this

    requirement shall not apply as to a claim resulting from a suspension order), and

    (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable

    after the termination of such suspension, delay, or interruption, but not later than

    the date of final payment under the contract.

    1.21 SUBCONTRACTORS:

    Subsequent to the award, the CONTRACTOR shall, submit for approval a complete list of

    subcontractors who will be engaged by him in the execution of the work. After the list of

    subcontractors has been approved, no changes shall be made in it without the permission

    and approval of the CONTRACTING OFFICER. The CONTRACTING OFFICER will,

    however, permit the CONTRACTOR to take the work out of the hands of any or all of the

    subcontractors and complete it himself if for any reason it becomes necessary or desirable

    for him to do so. That portion of the specifications beginning with the CONSTRUCTION

    SPECIFICATIONS, if included in these documents, is arranged for editorial convenience

    only, the divisions thereof are not to be construed in the whole as the complete

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-13

    representation of the work, nor individually as authorization or approval by the COUNTY

    to subdivide the CONTRACTOR'S responsibilities into subcontracts related to such

    division. Nothing contained in the contract documents shall create any contractual

    relationship between any subcontractor and the COUNTY.

    1.22 SPECIFICATIONS, STANDARDS, AND FORMS:

    Specifications and also standards of associations, societies, and laboratories referred to in

    these specifications shall become a part of this contract and shall be considered as though

    incorporated herein. The latest edition or amendment of supplement thereto in effect on the

    latest bid invitation shall apply. Standards of associations, societies, and laboratories

    referred to in the specifications may be obtained directly from such organizations.

    The COUNTY shall not be responsible for furnishing any drawing, specification, or

    published material not specifically identified in the Special Provisions of these

    specifications.

    1.23 WORKING HOURS PER DAY:

    The normal number of working hours per day on this contract will be limited to eight (8),

    unless otherwise authorized by the CONTRACTING OFFICER.

    1.24 SATURDAYS, SUNDAYS, HOLIDAYS, AND NIGHT WORK:

    The CONTRACTOR will not be permitted to do any work which requires the services of

    the COUNTY'S inspection supervisory forces on Saturdays, Sundays, or holidays unless

    otherwise authorized by the CONTRACTING OFFICER in writing. However, the

    CONTRACTOR, with verbal permission of the CONTRACTING OFFICER, may be

    permitted to perform on Saturdays and holidays, clean-up and such other items for which

    no specific payment are involved. In cases of bona fide emergencies, sound judgment shall

    be exercised.

    1.25 CONTRACTOR RESPONSIBLE FOR OVERTIME COSTS:

    In cases where the CONTRACTOR desires to work in excess of the normal number of

    working hours per day and/or on designated COUNTY holidays, Saturdays, or Sundays,

    the CONTRACTOR shall submit such requests in writing to the CONTRACTING

    OFFICER at least three (3) days in advance of the requested extended working hour period.

    The CONTRACTOR shall include with the request the specific tasks or operations to be

    performed during the proposed period of extended working hours. The CONTRACTOR

    shall be responsible for all costs incurred by the COUNTY in providing superintendence

    and inspection services to accommodate the CONTRACTOR in working extended hours

    including premium time, quality control testing, per diem, and miscellaneous expenses.

    The COUNTY shall, with documentation, deduct the said monies for superintendence and

    inspection of the CONTRACTOR's work outside the normal working hours from payments

    due the CONTRACTOR. Said requested deductions shall not constitute a change or change

    order to the contract. The CONTRACTOR expressly agrees to the deductions from

    payments due in accordance with the following fee schedule (where applicable) for those

    services as deemed necessary by the COUNTY:

    Engineer ................................$110.00 per hour

    Inspector ................................$80.00 per hour

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-14

    COUNTY Staff .....................$60.00 per hour

    Miscellaneous........................As Billed to the COUNTY

    Quality Control Testing.........As Billed to the COUNTY

    Other .....................................As Billed to the COUNTY

    1.26 EMERGENCY WORK:

    In case of an emergency, when work requiring supervision by the COUNTY or the

    CONTRACTOR is to be performed on Saturdays, Sundays, holidays or for longer than

    eight (8) hours per day, the CONTRACTOR shall request permission of the

    CONTRACTING OFFICER to do so. If, in the opinion of the CONTRACTING

    OFFICER, the emergency is bona fide, he will grant permission to the CONTRACTOR to

    work such hours as may be necessary. Also if, in the opinion of the CONTRACTING

    OFFICER, a bona fide emergency exists, he may direct the CONTRACTOR to work

    such hours as may be necessary whether the CONTRACTOR requests permission to do so

    or not.

    1.27 CONSTRUCTION FACILITIES:

    The CONTRACTOR will provide, erect, maintain and remove when directed: all

    barricades, staging, platforms, guards, etc., as required by local codes or laws, for

    protection of workmen, the public, or the environment. The construction and maintenance

    of these items shall comply with all applicable safety codes and regulations.

    1.28 TEMPORARY FACILITIES:

    Before submitting his bid, the CONTRACTOR should visit the site and should confer with

    the owners of the facilities to determine the use and availability of existing water, sanitary

    facilities, electric power, and storage space, and to determine the extent to which the

    CONTRACTOR will be required to provide or supplement these and other necessary

    facilities at his own expense.

    Where existing toilet facilities are not available, the CONTRACTOR shall provide and

    maintain in a sanitary condition, an enclosed fly-tight toilet located as directed by the

    CONTRACTING OFFICER.

    1.29 OPERATING AND RESTORATION:

    The CONTRACTOR shall so conduct his operation as not to interfere with or endanger the

    ordinary use of existing structures, roads, utilities, and other facilities. The

    CONTRACTOR shall provide and maintain all temporary roadways which may be

    authorized and all control and safety devices necessary to maintain traffic, safety and the

    optimum normal use thereof. Equipment, operations, and materials shall be confined to the

    limits defined by the CONTRACTING OFFICER.

    The site of the work and facilities required to be constructed under the contract shall be

    maintained in a clean, orderly, and safe condition. Rubbish, surplus materials, and excess

    equipment shall not be permitted to accumulate during the progress of the work.

    After each facility is completed and after all the work under the contract has been

    completed, the structure, facility, temporary facilities, barricades, toilets, and all the

    premises shall be left clean and in a condition satisfactory to the CONTRACTING

  • ST. CHARLES PARKWAY STREAM RESTORATION ITB #20-03

    II-15

    OFFICER.

    The CONTRACTOR shall restore at his expense any damage to any property, including

    damage to trees, shrubs, ground cover, and other vegetation, and the CONTRACTOR shall

    save and hold the COUNTY free from all claims for damages or injury to all persons or

    property caused or alleged to have been caused by the CONTRACTOR, his agents,

    employees, workmen, and subcontractors in the execution of this contract.

    1.30 WORK STOPPAGE BY THE COUNTY:

    The CONTRACTING OFFICER, by issuance of a stop work order, may direct the

    CONTRACTOR to suspend any work that may be subject to damage because of weather

    conditions. Extensions of time will be allowed, but no extensions of time shall release the

    CONTRACTOR and his sureties from their general obligations under the contract and

    performance bond.

    1.31 APPROVAL OF SPECIALIZED FACILITIES:

    Certain items specified elsewhere in these specifications may be required to be of an

    approved type for the purpose intended, as determined by a nationally recognized

    organization adequately equipped and competent to perform the specific inspection and

    approval service by examination, inspection, tests, or a combination thereof.

    Where such approval is required, the evidence of such approval shall be considered

    acceptable by the attachment to the article of the seal or label of the organization designated

    for the item specified, the inclusion by description and identification of such article in the

    current registry of approved items by the designated organization, or the issuance by the

    designated organizatio